Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 10, 2022 SAM #7650
SOURCES SOUGHT

J -- 678, 644 RFI for Alaris Pump PM

Notice Date
11/8/2022 3:37:30 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0047
 
Response Due
11/15/2022 4:00:00 PM
 
Archive Date
11/22/2022
 
Point of Contact
Amanda Beck, Contract Specialist, Phone: 602-795-4409
 
E-Mail Address
Amanda.Beck@va.gov
(Amanda.Beck@va.gov)
 
Awardee
null
 
Description
This request for information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This notice is published to conduct market research to determine if there is a sufficient number of certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this RFI shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance (3) intentions of subcontracting program to include set-asides if any; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) If you are a distributor a statement from the manufacturer that your company is an authorized distributor; (6) a statement to inform the government if you are a manufacturer or distributor; (7) any information regarding FSS Schedule availability; (8) SAM Registration (9) any other pertinent company documentation. It is requested that responses include a rough estimate of pricing for completion of the requirements listed below: Infusion Pumps Preventative Maintenance and Repair Performance Work Statement Veterans Integrated Service Network 22 (VISN 22) required preventive maintenance services to be conducted on IV infusion pumps. Vendor assistance is necessary due to the scale of maintenance required in a short time frame. Assistance from vendor will be beneficial to reduce infusion pump downtime and complete necessary annual maintenance in a timely fashion. The contractor shall provide all labor, personnel, equipment, tools, materials, supervision, and other items necessary to provide annual preventive maintenance and corrective repair service on-site for the equipment and systems listed below for: Southern AZ VA Healthcare System (SAVAHCS) 3601 South 6th Ave Tucson, AZ 85723 Phoenix VA Healthcare System (PVAHCS) 650 E. Indian School Rd. Phoenix, AZ 85012 SERVICE/WORK TO BE PERFORMED: The contractor will perform on-site preventive maintenance (PM) inspection on equipment/systems as provided for in the contract agreement. PMs will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. Must use OEM certified parts and service engineer/technicians must be OEM trained on all equipment included in agreement. The contractor shall be responsible for repairs required during preventative maintenance, calibration and testing equipment. The contractor shall be responsible for all labor and travel. Extensive preventive maintenance annually with at least 95% completion, completed within requested calendar month. Maintenance to be conducted within a 10-business day timeframe on scheduled calendar month. EQUIPMENT: SAVAHCS Equipment Listing Infusion Model Qty ALARIS PUMP MODULE 8100 845 ALARIS PC UNIT 8015 349 ALARIS PCA MODULE 8120 22 ALARIS SYR MODULE 8110 3 Total 1219 PVAHCS Equipment Listing Infusion Model QTY ALARIS PC UNIT 8015 234 ALARIS PUMP MODULE 8100 421 ALARIS SYR MODULE 8110 11 ALARIS PCA MODULE 8120 20 MICROFUSE RAPID RATE 1 MRIDIUM 3860+ 2 Total 689 PERFORMANCE: Hours: Normal duty hours are 8:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension ""0"" can contact the USRO operator via radio. Preventive maintenance will be scheduled with a contact person as assigned by the Contracting Officer s Representative (COR), Point of Contact (POC) or designee. This PM work must be completed in the month specified during the request unless another date is agreed upon by COR or designee. All contractor personnel, without exception, must report to the Engineering Department and receive a contractor identification badge before any work is performed and return to the same location to sign out and turn-in badge along with the documented service report (as described in Section 5) for the service performed. Contractor personal shall report to the following locations: SAVAHCS: The Biomedical Engineering Manager can be contacted at (520) 792-1450 ext. 6679. Engineering Department location: Bldg. 38-Room A22 PVAHCS: The COR for Biomedical Engineering can be reached at (602) 277-5551 ext. 1638. Engineering Department location: Bldg. 1, Room 1163 Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provided on-site. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts will be included in the cost of the contract. DOCUMENTATION: Service reports will be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. REMOVAL OF EQUIPMENT: Whenever possible, all repairs and preventive maintenance will be performed at the respective facility. When that is not possible, the COR, POC or designee may give approval for service work to be done at another location. All transportation charges will be borne by the contractor. VA property may not be removed from the facility prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Computer hard drives and other storage media items may not leave VA property. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment. GOVERNMENT REPAIRS: Government employees will work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment. PRIOR INSPECTION OF EQUIPMENT: Potential contractors may, at their own expense, inspect equipment covered by this solicitation (ref 52.237-1 SITE VISIT). Arrangements must be made in advance with Biomedical Engineering (see section 3, above). GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. OVER AND ABOVE REPAIRS/EMERGENCY MAINTENANCE: Contractor and Biomedical Engineering shall maintain the equipment in accordance with OEM recommendations. Contractor shall provide unlimited telephone technical support and onsite service calls. These services calls shall be used for any maintenance or repair service as determined by Biomedical Engineering. Telephone Response Time: Contractor s FSE or Technical Support shall respond by telephone to Biomedical Engineering within four (4) hours after receipt of telephone notification during regular business hours 8:00 a.m. 4:30 p.m. local time Monday through Friday. For emergency services, repairs, and maintenance that are over and above the Performance Work Statement, COR approval is required prior to beginning the work and only the Contracting Officer is authorized to approve contract modifications. The contractor shall provide a quote to both the CO and COR for review and consideration. Once an emergency modification has been issued to the contractor, the FSE shall be on site within 48 hours of modification emergency notification. Responses: All interested Offerors should submit information by e-mail to Amanda.Beck@va.gov.  All information submissions shall be received no later than 4:00 pm PST on Tuesday, November 15, 2022. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/946b5fdde26f47c986e690ef7adb57ad/view)
 
Place of Performance
Address: Southern AZ VA Healthcare System Phoenix VA Healthcare System, AZ, USA
Country: USA
 
Record
SN06513092-F 20221110/221108230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.